Synopsis/Solicitation W91CRB25C5071

SOL #: SynopsisSolicitationW91CRB25C5071Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG
ABERDEEN PROVING GROU, MD, 21005-5001, United States

Place of Performance

Place of performance not available

NAICS

Other Computer Related Services (541519)

PSC

Communications Security Equipment And Components (5810)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 4, 2026
2
Last Updated
Feb 26, 2026
3
Submission Deadline
Feb 28, 2026, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The U.S. Army Communications Electronic Command (CECOM) Security Assistance Management Directorate (SAMD) has issued a Combined Synopsis/Solicitation (RFP), W91CRB25C5071, for commercial IT equipment. This procurement, under Foreign Military Sales (FMS) case JO-B-YDM, aims to enhance the Royal Hashemite Kingdom of Jordan's Armed Forces (JAF) JC4ISR capability. This is a 100% Small Business Set-Aside, and the Government intends to award a single Firm Fixed Price contract. Proposals are due February 28, 2026, by Noon EST.

Purpose & Scope

This Request for Proposal (RFP) seeks commercial Information Technology (IT) equipment to enhance the Jordan Command, Control, Communications, Computers, and Intelligence, Surveillance, and Reconnaissance (JC4ISR) capability for the Royal Hashemite Kingdom of Jordan's Armed Forces. The objective is to increase operational effectiveness, integrate design and equipment enhancements, and improve interoperability with existing Jordanian defense systems.

The scope includes the procurement and provision of specific IT hardware:

  • Networking Equipment: 8 C8300 Routers, 100 C8200 Routers, 100 C9200 Switches, 100 Networking Modules.
  • End-User Devices: 200 Desktop Computers, 200 Monitors, 100 Laptop Computers, 100 DVD ROMs.
  • Peripherals: 150 Enterprise Laser Printers, 50 Multifunctional All-in-One Printers, 50 Scanners.

All hardware must be TAA compliant, compatible with Jordanian power standards (230V, 50Hz, BS 1363 plugs), and include Arabic lettering on keyboards where applicable. The contractor is also responsible for program management, logistics, and providing extended Original Equipment Manufacturer (OEM) warranties.

Contract Details & Requirements

  • Contract Type: Single Firm Fixed Price (FFP) contract.
  • Period of Performance: Not to exceed eight (8) months from contract award.
  • Place of Performance: Inspection and acceptance will occur at the contractor's facilities in the Continental U.S. (CONUS).
  • Warranty: A three (3) year OEM warranty is required for all hardware, serviceable at the end-user's location in Jordan. The contractor must transfer warranty ownership to the FMS end-user and provide proof of coverage as a deliverable.
  • Shipping: This is an FOB Origin contract. The contractor must consolidate and stage all items for a complete Contract Line Item Number (CLIN) at their facility. The U.S. Government (DCMA) is responsible for pickup and transportation; contractors shall NOT ship the material. A Shipping Instructions Request (SIR) must be submitted to DCMA at least 15 business days prior to the desired pickup date. Packaging must comply with MIL-STD-129P.
  • Security: No U.S. Government security requirements (DD 254 not required).

Evaluation & Submission

  • Set-Aside: This is a 100% Small Business Set-Aside. Only offers from Small Businesses will be considered.
  • Evaluation Method: Lowest Price Technically Acceptable (LPTA).
    • Technical Acceptability: Proposals must include a detailed technical proposal defining the complete item list and demonstrating how PWS requirements (including salient characteristics in PWS 3.3.1-3.3.11, CDRLs, and CONUS-based warehouse capability) will be met. Proposals merely restating PWS requirements or consisting solely of OEM data sheets are unacceptable. No assumptions, terms, conditions, caveats, or exceptions are permitted.
    • Price: Total price for all line items will be evaluated for reasonableness.
  • Discussions: The Government intends to award without discussions but reserves the right to hold them.
  • Proposal Content: Proposals must include the solicitation number, a signed letter from an authorized individual, business size, a schedule of offered items with pricing, FAR 52.212-3 representations and certifications, acknowledgment of amendments, warranty terms, and an affirmative statement of agreement to all solicitation terms.
  • Registration: Offerors must have current registrations in SAM and WAWF prior to award.
  • Proposal Due Date: February 28, 2026, by Noon EST.
  • Submission: Via email to andrew.w.kelly.civ@army.mil.

People

Points of Contact

Andrew W. KellyPRIMARY
Lonny J. MateskySECONDARY

Files

Files

Download
Download
Download
Download

Versions

Version 8
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
View
Version 7
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Feb 23, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Feb 23, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Feb 20, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 4, 2026
View